Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2016 FBO #5389
SOLICITATION NOTICE

R -- Russians in America (Documentary Series) - Statement of Work

Notice Date
8/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-RFP-16-0001JR
 
Archive Date
9/20/2016
 
Point of Contact
CHARLES B HILL JR, Phone: 202.382.7846, Cheryl Peters, Phone: 202-382-7866
 
E-Mail Address
chill@bbg.gov, cpeters@bbg.gov
(chill@bbg.gov, cpeters@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Russians in America Combined Synopsis - Solicitation For Commercial Items (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR subpart 13.5, are applicable. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is BBG50-RFP-16-0001JR and is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 14 July 2016. (iv) This acquisition is 100% set-aside for Small Businesses. The associated NAICS code is 512199/512110 with a $20.5M/$32.5M size standard. (v) Contractors shall submit a proposal in reference to the attached Statement of Wrk (SOW) and RFP Pricing Worksheet which must be submitted in its original format. All responsible sources may submit a proposal, which shall be considered. (vi) The Russian Documentary Reality Series requirement is to provide twenty -six episodes (26) lasting in duration of twenty-five minutes delivered within forty (40) weeks of contract award date. (vii) The primary place of performance shall be at the Contractors' facility and at such locations where filming is conducted. The period of performance is one base period of 12-months. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical proposal and Part II - Price Proposal. Only references for same or similar type contracts are desired. (ix) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition and is amended as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical (Submissions) see Statement of Work 2. Price If the lowest priced technically accepted offer is judged to have a substantial performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government intends to award a contract without discussions with offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition and is amended as follows: (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013 - O0019) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Veterans; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 60 DAYS before the contract expires. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-54, Employment Eligibility Verification • FAR 52.222-55 Minimum Wages Under Executive Order 13658 • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1, Computer Generated Forms (xiii) Response to this combined synopsis/solicitation must be received via email or mailing by September 5, 2016, no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number BBG50-RFP-16-0001JR. Please send responses to both email addresses below. (xiv) Address questions no later than August 29, 2016 12pm to J.R. Hill, Contracting Officer, at (202) 382-7846, email chill@bbg.gov or Cheryl Peters Contracting Officer, Phone (202) 382-7846, email cpeters@bbg.gov. Answers will posted August 31, 2016 Mailing Address: Broadcasting Board of Governors Attn: J.R. Hill/BBG50-RFP-16-0001JR 330 Independence Ave. SW Rm 4360 Washington D.C. 20237 The Contractor shall submit an invoice electronically for services provided the preceding month in accordance with the Prompt Payment Act. ELECTRONIC INVOICING IS A REQUIREMENT OF THIS CONTRACT IPP (Invoice Processing Platform) is the no cost on-line Treasury system being used at BBG for vendor invoicing and is a requirement of all new contract awards. The web address for the IPP billing system is www.ipp.gov. IPP is a very easy to navigate vendor invoicing system that allows you to directly attach invoice support (following format type:.doc,.docx,.htm,.html,.jpeg,.jpg,.pdf,.rtf,.tif,.tiff,.xls, and.xlsx). Your invoices will directly route to your COR for review and approval and then to the financial system for review and processing. You will be able to view the approval process directly on-line. What do I do now? 1. If you are already enrolled as an IPP user, follow the BBG notification steps below. 2. If you are not enrolled with IPP then go to the web page www.ipp.gov. In the middle of the page along the right there is a Vendors and "enroll now" button. The vendor requirements can be viewed at this link: https://www.ipp.gov/vendors/enrollment-vendors.htm. Once you are enrolled with IPP follow the instructions below to notify BBG. BBG notification Email the BBG systems team at cfo-financial-systems-team@bbg.gov that you have enrolled in IPP and they will code you as an IPP vendor in our financial system. In the subject line of the email state, IPP vendor and your company name, see below for an example: "IPP vendor enroll - ABC Company" Once you are coded by the systems team you will receive a BBG vendor notification email and your contracts will be available in IPP for you to begin billing. The email notification will be addressed to the POC your company provided Treasury IPP when you registered. For assistance in enrolling and receiving your IPP password, Treasury toll free customer service is available Monday through Friday from 8:00 am - 6:00 pm at 866-973-3131 and their email address is IPPCustomerSupport@fms.treas.gov. BBG is unable to register vendors into IPP or provide/reset passwords.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFP-16-0001JR/listing.html)
 
Place of Performance
Address: Various Locations throughout the United States, United States
 
Record
SN04237434-W 20160825/160823235808-a80bc9057400c8d8356a88afb917095e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.